Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 19, 2012 FBO #3982
SOLICITATION NOTICE

W -- Lease Rental Mobile Shower Service - Package #1

Notice Date
10/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Bliss, ATTN: ATZC-DOC, Bldg 201, Club Road, Fort Bliss, Texas, 79916-6812, United States
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG-13-T-3006
 
Archive Date
11/3/2012
 
Point of Contact
Daniel Portillo, Phone: 9155686670
 
E-Mail Address
daniel.portillo6.civ@mail.mil
(daniel.portillo6.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation W911SG-13-T-3006 0010254018- Lease/Rental Mobile Shower Service This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The attached solicitation number is W911SG-13-T-3006 and is issued as a request for proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61 dated October 15, 2012. This requirement is a 100% Small Business Set Aside. The North American Industry Classification System (NAICS) Code for this requirement is 532490 with a corresponding Small Business Size standard of $7.0 Million. The Mission Installation Contracting Command Fort Bliss, TX 79916 intends to award a firm-fixed price type contract. The Government intends to make a firm-fixed price type contract award to the lowest price proposal from a responsible offeror who can meet the required delivery date with the ability to deliver all of the items, specified within the required delivery date. Requirements are as follows: CLIN 1 - Shower Lease Services Quantity: 4 Weeks The Contractor shall provide rental /lease of a minimum of six (6) mobile shower units which contain a minimum of 12 shower heads per mobile shower unit to include daily maintenance and cleaning services at White Sands Missile Range, New Mexico training areas for the entire performance period in accordance with the Performance Work Statement included in this purchase order. FOB: Destination Delivery shall be to specified locations within White Sands Missile Range, New Mexico on 24 October 2012. CLIN 2 - Contractor Manpower Reporting The Contractor shall provide all of the information requested in the required format using the following web address https://cmra.army.mil for the purpose of capturing contractor and subcontractor manpower utilized during the performance of this purchase order. Information the contractor will need to complete reporting by 31 October 2012 in accordance with Performance Work Statement. FOB: Destination Additional Requirements: The following clauses apply to this acquisition: FAR 52.204-3, Taxpayer Identification FAR 52.204-99, System for Award Management Registration FAR 52.209-5, Certification Regarding Responsibility Matters FAR 52.212-1, Instructions to Offerors, Commercial Items FAR 52.212-2, Evaluation - Commercial Items FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.228-5, Insurance - Work on a Government Installation FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation FAR 52.242-13 Bankruptcy FAR 52.253-1 Computer Generated Forms FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.222-50, Combating Trafficking in Persons FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification FAR 52.232-1, Payments FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) (AUG 2012) FAR 52.233-2, Service of Protest (Sep 2006) FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference DFAR 252.201-7000 Contracting Officer Representative DFAR 252.203-7002 Requirement to Inform Employees of whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.209-7004, Subcontracting With Firms That are Owned or Controlled By the Government of a Terrorist Country DFAR 252.223-7004 Drug Free Work Force DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders -Commercial Items, and the following fill-in clauses in 52.212-5 also apply: FAR 52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.225-13, and 52.232-33; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items and the following fill-in clauses in DFARS 252.212-7001 also apply: 52.203-3, 252.203-7003, 252.225-7001, 252.225-7012, 252.243-7002, and 252.247-7023. The full text of these provisions and clauses may be obtained by accessing http://www.acq.osd.mil/dpap/dars/index.html or http://www.arnet.gov The following Local Clause also applies: 5152.233-4000, AMC-Level Protest Program (Nov 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) The offeror must be actively registered in the System for Award Management Registration to be considered for award. The website is http://www.sam.gov. Instructions to Offerors: Offerors shall submit by e-mail: A complete proposal using pricing schedule (see attached solicitation document W911SG-13-T-3006. Failure to fully complete the provided pricing schedule will cause an offerors proposal to be deemed nonresponsive. Proposals are due by 19 October 2012, 4:00 p.m. MST and must be emailed to daniel.portillo6.civ@mail.mil. Questions or concerns shall be directed to Daniel Portillo, Contract Specialist, via e-mail to daniel.portillo6.civ@mail.mil no later than 18 October 2012, 3:00 p.m. MST. Offers will be evaluated in accordance with 52.212-2 Evaluation - - Commercial Items (a) The Government will award one contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is determined to be the lowest price technically acceptable (LPTA) proposal and who is able to meet the required delivery date. The following factors shall be used to evaluate offers: (1) Technical Capability - The Government will evaluate the contractor's past experience and past performance for the same or similar type of work performed under other contracts. Submit two (2) contracts of same or similar project work that was completed by your firm in the last 3 years. Provide: • Names, telephone numbers and FAX number of principal officials in charge of the project who are familiar with your performance. • A description of the work performance, • The agency/company or individuals you worked for, • The size (value) and location of the contracts, • Contract numbers; (2) Required Delivery - Offerors must complete set up and installation ready for use of a minimum of six (6) mobile shower stations by 24 October 2012. Mobile shower stations must comply with the Performance Work Statement; (3) Price - Award will be made to the lowest price technically acceptable offer. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. (End of Provision).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c0b5e747790dbf53fbdc98f13b05e8cb)
 
Place of Performance
Address: Specified locations within White Sands Missile Range, New Mexico, White Sands Missile Range, New Mexico, United States
 
Record
SN02914744-W 20121019/121017233806-c0b5e747790dbf53fbdc98f13b05e8cb (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.